Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2012 FBO #4053
MODIFICATION

R -- CENTCOM ACQUISITION SUPPORT SERVICES - Amendment 001

Notice Date
12/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W560MY13R0001
 
Response Due
2/28/2013
 
Archive Date
2/25/2013
 
Point of Contact
Liz Zaharopoulos, (309) 782-8315
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(elizabeth.w.zaharopoulos@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The purpose of this amendment is to answer offeror questions and to update the anticipated solicitation release date. 2. The following questions have been submitted in response to the pre-solicitation notice, accompanied with Government answers: Question 1: Where will the place of performance be? Answer 1: Performance will occur in Afghanistan, Kuwait, Qatar and other countries as necessary. ***** Question 2: Am I correct that this RFP is not yet available for viewing? Answer 2: Yes, that is correct. ***** Question 3: Is this a new effort? What is the current contract number? What is the name of the incumbent contractor? Answer 3: This effort is a follow-on contract to two separate contracts: W52P1J-12-C-0023 and W560MY-12-C-0012. The name of the incumbent contractor is CACI Dynamic Systems, Inc. ***** Question 4: Please clarify the Government's plans relative to the use of quote mark personal services contracts as stated in the pre-solicitation notice. ANSWER 4: As stated in the pre-solicitation notice, resultant contracts will be personal services contracts in accordance with FAR 37.104. ***** Question 5: Please clarify if it is the Government's intent to award multiple contracts using lowest price technically acceptable source selection procedures and if competitive task orders will then be awarded based on lowest price technically acceptable source selection procedures. Answer 5: The Government intends to award multiple contracts using Lowest Price Technically Acceptable (LPTA) Source Selection Procedures. Competitive task orders will be awarded based on LPTA. ***** Question 6: Please clarify the use of two NAICS references within the pre-solicitation notice and if they are both applicable: 541611 and 921190 Answer 6: The applicable NAICS for this acquisition is 541611. ***** Question 7: We request and recommend the Government consider allowing contractors to propose and execute requirements of the performance work statement based on number of hours rather than number of FTEs. This would allow a smaller, less expensive workforce to execute the work requirements by working for example 78 hours versus 60 hours per week per person. Answer 7: The Government has extensive experience with the requirements of this acquisition. As such, the Government will direct offerors to provide a fixed number of FTEs per location. ***** Question 8: Will a security clearance be required? Answer 8: Yes. ***** Question 9: Will remote/telecommuting be permitted? Answer 9: Telecommuting will not be permitted. ***** Question 10: Please let us know how many FTEs are required for this solicitation. Answer 10: This information will be included in the solicitation. ***** Question 11: Does the contractor need to have an office near Rock Island, IL or will telework be an acceptable solution? Answer 11: Offerors do not need to have an office near Rock Island. ***** Question 12: Will the Government consider issuing a separate set aside solicitation for qualified 8(a) firms, small disadvantaged businesses, women owned small business, or HUBZone or to support some of the anticipated requirements? Answer: FAR Part 19 does not apply to contracts being performed overseas; therefore, in accordance with ACC-RI practice, the requirement will be solicited as full and open/unrestricted competition. ***** 3. The revised date for the solicitation posting is 03 January 2013. 4. Inquiries and questions shall be e-mailed to Ms. Liz Zaharopoulos at Elizabeth.w.zaharopoulos.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99b5c5ed2a606c11f9b23fec626688a9)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02956333-W 20121229/121227234212-99b5c5ed2a606c11f9b23fec626688a9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.